Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOURCES SOUGHT

68 -- Medical Gas Services (Oxygen and Air Filters) for the Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota.

Notice Date
12/19/2025 11:42:52 AM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
SS-26-IHS-1519228
 
Response Due
12/29/2025 10:00:00 AM
 
Archive Date
01/13/2026
 
Point of Contact
Wenda Wright, Phone: 6052267724
 
E-Mail Address
wenda.wright@ihs.gov
(wenda.wright@ihs.gov)
 
Description
Response due date is extended from 12/26/2025 to 12/29/2025 due to Executive Order signed on 12/18/2025. December 26, 2025 will be a Federal Holiday. Sources Sought: Medical Gas Services (Oxygen and Air Filters) for the Cheyenne River Health Center (CRHC), Eagle Butte, South Dakota. Sources Sought Notice Number: SS-26-IHS-1519228 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service. This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprises (ISBEE) and Indian Economic Enterprises. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 325120 � Industrial Gas Manufacturing. BACKGROUND The Indian Health Service (IHS) an agency within the Department of Health & Human Services is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson. The Great Plains Area Office (GPAO) works in conjunction with its 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 122,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Office�s service units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics. Our facility, the Cheyenne River Health Center (CRHC), falls under the GPAO. Cheyenne River Health Center (CRHC) provides medical care for approximately 9,000 tribal members living on the CRST Reservation. Serving a rural area, many of our patients travel 100 miles� round trip to receive care. The CRHC was built in 2011 to provide an expanded level of health care services specifically designed to meet the needs of the CRHC population. Services include: Emergency Room Department, Pharmacy, Physical Therapy, Public Health Nursing, Radiology Services, Inpatient Care, Laboratory, MRI, Dental, Community Health, Contract Health Services, Dietitians, Audiology, Eye Care, and Specialist Clinics: OB/GYN, ENT, Audiology & Podiatry. The Cheyenne River Sioux Tribe through a 638 contract with IHS, operates four satellite health stations which offer basic ambulatory services at several rural communities. 2. OBJECTIVE To provide a variety of medical and non-medical bottled gas tanks, a variety of reserve bottles, and air filters, in accordance with the applicable NFPA standards for healthcare. The contractor shall provide bottled gases and air filters for the Cheyenne River Health Center monthly for the period of performance for this contract. 3. SPECIFICATIONS The Cheyenne River Health Center has medical gases piped to patient care areas throughout the facility; oxygen is one of those gases. The oxygen is supplied to the facility from a variety of contractor provided medical and non-medical bottled gas tanks and a variety of reserve bottles. The Cheyenne River Health Center also uses a variety of air filters for the air handlers that serve the entire facility, which includes all patient care areas. The quantity and size of bottles varies but all are used to support patient care. The quantity and size of air filters varies but all are used to support patient care. Contractor shall be licensed, have appropriate insurance, pay applicable taxes, and follow the applicable NFPA standards for healthcare to provide the hospital with the following portable containers: 180L 350psi Liquid Medical Oxygen Dewar Medical Oxygen sizes R, E, D, K, and DEY Medical Liquid Nitrogen Acetylene sizes R, E, D, K, and DEY Argon CO2 mix sizes E, D, K, and DEY Gases Per Month: (35) K Medical Oxygen, non-flammable gas cylinders (2) DEY Medical Oxygen, non-flammable gas cylinders (65) E Medical Oxygen, non-flammable gas cylinders (25) D Medical Oxygen, non-flammable gas cylinders (10) 180L 350psi Liquid Medical Oxygen Dewars (2) 5 Liter Liquid Nitrogen Dewars (2) R Oxygen, non-flammable gas cylinders DEY Acetylene, flammable gas cylinder (2) R Acetylene, flammable gas cylinder K Argon CO2 mix, flammable gas cylinder Contractor shall provide the hospital with the following air filters: 20 x 25 x 2 MERV 10 pleated air filter 20 x 24 x 2 MERV 10 pleated air filter 24 x 24 x 2 MERV 10 pleated air filter 12 x 24 x 2 MERV 10 pleated air filter 12 x 24 x 4 MERV 15 pleated air filter with plastic header 24 x 24 x 4 MERV 15 pleated air filter with plastic header 16 x 25 x 4 MERV 15 pleated air filter 20 x 25 x 4 MERV 15 pleated air filter Eight 180L 350psi liquid medical oxygen dewars are the primary oxygen source for the facility and 12 K medical oxygen cylinders are the reserve for the facility. Contractor shall respond to calls for emergency assistance with repairs or supply within twenty-four (24) hours. Contractor will be responsible for providing purity of testing results as required by appropriate code. The contractor shall replenish the cylinders to ensure confirmation of inventory as shown above for each gas. 4. TYPE OF ORDER The award for this service will be a Firm Fixed-Price, Non-Personal Service Type, Purchase Order to provide Medical Gas Services (Oxygen and Air Filters). 5. ANTICIPATED PERIOD OF PERFORMANCE Period of Performance: Date of award through One (1) Year plus Four Option Years. 6. PLACE OF PERFORMANCE Cheyenne River Health Center, Indian Health Service, 24276 166th St., Airport Road, Eagle Butte, South Dakota. 7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE Collections and deliveries of medical and non-medical bottled gas tanks and reserve bottles are required once a month and shall be on the first Monday unless previously arranged by the facility manager or designee and the facility manager or designee will be responsible for signing the pick ticket upon verifying exchange of replacement tanks. Deliveries of air filters shall be on the first Monday unless previously arranged by the facility manager or designee and the facility manager or designee will be responsible for signing the pick ticket. 9. PAYMENT The contractor shall submit invoices for services that are mutually agreed upon by the contractor and the COR. Invoices for oxygen and exchange of used bottled gases shall be made monthly to Aberdeen Area Office through the Invoice Processing Platform (IPP.gov) with a copy to Erik Twite (COR), Facility Manager, or his designee. 10. Capability Statement/Information: Interested parties are expected to review this notice and attached statement of work to familiarize itself with the requirements of this project. Failure to do so will be at your firm�s own risk. The following information shall be included in the capability statement: 1. A general overview of the respondent�s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. 2. Information in sufficient detail of the respondent�s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information. 3. The respondents� UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 325120 � Industrial Gas Manufacturing. 4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. 5. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11-inch paper size, and 1 inch top, bottom, left and right margins. 6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern�s name and address). Responses will be reviewed only by IHS personnel and will be held in a confidential manner. 11. Closing Statement Point of Contact: Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov Submission Instructions: Interested parties shall submit capability via email to Wenda Wright, Contract Specialist, at wenda.wright@ihs.gov. Must include Sources Sought Number SS-26-IHS1519228 in the Subject line. The due date for receipt of statements is December 26, 2025, 12:00 p.m. Central Standard Time (CST). All responses must be received by the specified due date and time in order to be considered. This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS. IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/625c91e8a01c496188ea99405e9594f2/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN07671758-F 20251221/251219230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.